+ All Categories
Home > Documents > Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR...

Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR...

Date post: 13-Mar-2021
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
27
To: Prospective Quoters Embassy of the United States of America GSO/Procurement Office Antiguo Cuscatlan, January 8, 2020. Subject: Request for Quotation No. 19ES6020Q0024 The Embassy of the United States of America invites you to submit a quotation for one-time interpreting services, English-French Your proposal must be submitted in a sealed envelope marked "Quotation Enclosed" to the Kimberly McConnell on or before 11 :00 am, January 23, 2020. In order for a quotation to be considered, you must also complete and submit the following: 1. SF-18 2. Section A 3. Additional information as required in Section I. Direct any questions regarding this request for quotations to Janina de Rengifo RengifoJM@$tate.gov during regular business hours. Sincerely, Kimberly McConnell Contracting Officer 1
Transcript
Page 1: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

To: Prospective Quoters

Embassy of the United States of America GSO/Procurement Office

Antiguo Cuscatlan, January 8, 2020.

Subject: Request for Quotation No. 19ES6020Q0024

The Embassy of the United States of America invites you to submit a quotation for one-time interpreting services, English-French

Your proposal must be submitted in a sealed envelope marked "Quotation Enclosed" to the Kimberly McConnell on or before 11 :00 am, January 23, 2020.

In order for a quotation to be considered, you must also complete and submit the following:

1. SF-18 2. Section A 3. Additional information as required in Section I.

Direct any questions regarding this request for quotations to Janina de Rengifo RengifoJM@$tate.gov during regular business hours .

Sincerely,

Kimberly McConnell

Contracting Officer

1

Page 2: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

REQUEST FOR QUOTATIONS I

THIS RFQ [] IS [x] IS NOT A SMAL L BUS IN ESS- PAGE f F I PAGES

([HIS IS NOT AN ORDER) SMALL PURCHASE SET-AS IDE (52. 219-4) I I 25 I

L REQUEST NO. 12. DATE ISSUED 13. REQUISITION/PURCHASE REQUEST NO. 4. CERT. FOR NAT. DEF. RATfNG UNDER BOSA REG. 2

19 ES6020Q0024 01 /08/2020 PR888 1507 AND/OR OMS REG. I

SA. ISSUED BY General Services Office, America n Embassy Sa n Sa lvador 6. DELIVER BY (Date)

SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY

NAME TELEPHONE NUMBER X FOB DESTINATION OTHER (See Schedule)

Ja nina M. de Rengifo RengifoJM(@state.gov AREA CODE UMBER

2501 -2462 8. TO: 9. DESTINATION

a. NAME b. COMPANY a. NAME OF CONSIGNEE

America n Embassy San Sa lvador

c. STREET ADDRESS b. STREET ADDRESS

Final Blvd. Santa Elena, Antiguo Cuscatlan

d. CITY c. STATE f ZIP CODE c. CITY

La Li bertad

d. STATE I C. ZIP CODE

10. PLEASE FURNISH QUOTATIONS TO Tl-IE IM PORTANT: T his is a request for in formation, and quotati ons furnished are not offers. I f you are unable to quote, please so ISSUING OFFICE IN BLOCK SA ON OR indicate on thi s fonn and return i t to th e address in Block SA. Thi s req uest does not commit the Governm ent to pay any costs BEFORE CLOSE OF BUSINESS (/Ja,e) incurred in the preparation of the submission of thi s quotation or to contract for supplies or services. Suppli es are of dom esti c ori gin

1/23/2020 @ 11 :00am unless otherwise indi cated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter

11 . SC HEDULE (Include applicable Federal, State and local taxes)

ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

(a) (b) (c) (d) (e) (f)

1 Simultaneous in terp serv English-Fren ch I Lu mp Sum $

*AS PER ENCLOSE D SC HEDULE OF SERVICES *

12 DISCOUNT FOR PROM PT PAYMENT a. IO CALENDAR DAYS b 20 c. 30 CALEEANDAR d. CALENDAR DAYS

CALENDAR DAYS

1% % DAYS NUMBER

% %

NOTE: Additional provisions and represen tations [ ] are [] are not attached.

I 3 NAME AND ADDRESS OF QUOTER · 14 SIGNATURE OF PERSON I S DATE OF QUOTATION AUTHORJZED TO SIGN

a NAME OF QUOTER QUOTATION

b. STREET ADDRESS 16. SIGNER

c COUNTY a. NAME (Type or print) b. TELEPHONE

d. CITY

I c. STATE

I f. ZIP CODE c TITLE (Type or print) AREA CODE

NUMBER

2

Page 3: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

TABLE OF CONTENTS

SF-18 COVER SHEET

A. PRICES

B. PERFORMANCE WORK ST A TEMENT

C. INSPECTION AND ACCEPTANCE

D. DELIVERIES AND PERFORMANCE

E. CONTRACT ADMINISTRATION DATA

F. SPECIAL REQUIREMENTS

G. CLAUSES

H. ATTACHMENT A

I. INSTRUCTIONS ON HOW TO SUBMIT A QUOT A TION

J. EVALUATION CRITERIA

K. REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS OR QUOTORS

3

Page 4: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

A. PRICES

A. 1. Value Added Tax

VALUE ADDED TAX (VAT). The Government will not reimburse the Contractor for VAT under this contract. The Contractor shall not include a line for VAT on Invoices as the U.S. Embassy has a tax exemption certificate with the host government.

A.2 Contract Type

The Contractor shall perform all work required in Section B. This is a labor-hour purchase order. The hourly rates stated in this purchase order shall include all direct and indirect costs, insurance, overhead, general and administrative expense, and profit.

PRICES - for Interpreting Services Estimated Hours

510 Hourly Rate Ceiling Price Estimated Words

300,000 Word Rate Ceiling Price

4

Page 5: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

SECTION B - PERFORMANCE WORK STATEMENT

B.2 FORMAL SIMULTANEOUS TRANSLATION

The Contractor shall:

B.2.1. Interpret from and into English, possibly using the consecutive and the simultaneous technique, in structured or unstructured settings, in private or in public, with high level officials on difficult or sensitive assignments, using a wide range of standard and non-standard terminology, for official or unofficial statements. The Contractor shall perform instant analysis in order to understand correctly the substance of the words and information to be interpreted, including attention to detail and nuances. The Contractor shall adapt to constantly changing circumstances, personalities, and work environments.

B.2.2. Display fluent spoken and written English and [Note to Contracting Officer: Fill in appropriate language] , covering a wide range of terminology in many fields, as well as thorough knowledge of the government, history, and culture of the United States and of the cultural differences between the languages. The Contractor shall also possess sufficient specialized knowledge to be able to handle, with personal research and/or topical briefings by the Government, any technical subject of high complexity, and be able to bridge terminology gaps, incongruent methodologies, different measurement systems, and similar disparities.

B.2.3. Perform interpreting with clarity, accuracy, and professional, poised delivery. The Contractor shall perform interpreting services with the desired tenor of a public statement or the goals to be reached in a negotiation.

B.2.4. Trace, analyze, and define previously unknown concepts and theories, developing equally sophisticated counterparts that have the equivalent meaning and impact in a different cultural environment.

B.2.5 . Adjust to the demands of diplomatic protocol , protective security requirements, and similar considerations. The Contractor may be required to take on a public relations or mediating role as part of the interpreting, so as not to jeopardize policies and program objectives and in order to obtain the desired results.

B.2.6. Serve as official notetaker, when needed.

B.2.7 . Translate Documents, when needed

B.3. LOGISTICS

B.3.1. Date, Time, and Location. The Contractor shall provide interpreting services on the following day(dates),time(s), event(s) and location(s):

PLEASE REFER TO ATTACHMENT A - SCHEDULE OF EVENTS

5

Page 6: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

B.3.2 Transportation. The Contractor is responsible for transportation to and from all locations and events.

B.4. ADMINISTRATIVE RECORDS

The Contractor shall maintain administrative fi les, which shall at a minimum include time and attendance records for all employees furnished under the contract. The COR is authorized to examine the Contractor's administrative fi les. Daily time and ,attendance records shall be maintained and may be reviewed as required by the COR.

C. INSPECTION AND ACCEPTANCE

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the fu ll text of a clause may be accessed electronically at: http://www.acquisition.gov/(ar/ or http://(arsite.hill.a(millvffara.hLm

These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition website at http://www.statebuy.state.gov/ to see the links to the FAR. You may also use an internet "search engine" (for example, Google, Yahoo, Excite) to obtain the latest location of the most current FAR.

TITLE AND DA TE CLAUSE

52.246-6 INSPECTION- TIME AND MATERIAL AND LABOR HOUR (MAY 2001)

C. l. QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP). This plan is designed to provide an effective surveillance method to promote effective Contractor performance. The QASP provides a method for the Contracting Officer's Representative (COR) to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory performance. The Contractor, not the Government, is responsible for management and quality control to meet the terms of the contract. The role of the Government is to conduct quality assurance to ensure that contract standards are achieved.

PWS Performance Ob.iective Paragraph Performance Threshold

Services B.l. thru B.4 All required services are Performs all interpreting services performed and no more than set forth in the Performance Work one (1) customer complaint is Statement (PWS). received per month

6

Page 7: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

C.1.1 Surveillance. The COR will receive and document all complaints from Government personnel regarding the services provided. If appropriate, the COR will send the complaints to the Contractor for corrective action.

C.1.2 Standard. The performance standard is that the Government receives no more than one (1) customer complaint per month. The COR shall notify the Contracting Officer of the complaints so that the Contracting Officer may take appropriate action to enforce the inspection clause (FAR 52.246-6, Inspection - Time and Material and Labor-Hour (MAY 2001 ), if any of the services exceed the standard.

C.1 .3 Procedures

(a) If any Government personnel observe unacceptable services, either incomplete work or required services not being performed they should immediately contact the COR.

(b) The COR will complete appropriate documentation to record the complaint.

(c) If the COR determines the complaint is invalid, the COR will advise the complainant. The COR will retain the annotated copy of the written complaint for his/her files .

(d) If the COR determines the complaint is valid, the COR will inform the Contractor and give the Contractor additional time to correct the defect, if additional time is available. The COR shall determine how much time is reasonable .

(e) The COR shall , as a minimum, orally notify the Contractor of any valid complaints.

(f) If the Contractor disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the Contractor will notify the COR. The COR will review the matter to determine the validity of the complaint.

(g) The COR will consider complaints as resolved unless notified otherwise by the complainant.

(h) Repeat customer complaints are not permitted for any services. If a repeat customer complaint is received for the same deficiency during the service period, the COR will contact the Contracting Officer for appropriate action under the Inspection clause.

D. DELIVERIES AND PERFORMANCE

Performance shall be completed eight calendar days after completion of each course. with the following deliverables:

- Translation of critiques/evaluations of each course

52.252-2 CLAUSES IN CORPORA TED BY REFERENCE (JUN 1988)

7

Page 8: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: http://www. acquisition. gov/ far/ or http://farsite .hill.af millvffara. htm

These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition website at http://www.statebuy.state.gov/to see the links to the FAR. You may also use an internet "search engine" (for example, Google, Yahoo, Excite) to obtain the latest location of the most current FAR.

TITLE AND DATE CLAUSE

52.242-15 STOP-WORK ORDER (AUG 1989)

E. CONTRACT ADMINISTRATION DAT A

E.l. CONTRACTING OFFICER' S REPRESENTATIVE.

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999) (a) The Contracting Officer may designate in writing one or more Government

employees, by name or position title, to take action for the Contracting Officer under this contract. Each designee shall be identified as a Contracting Officer' s Representative (COR). Such designation(s) shall specify the scope and limitations of the authority so delegated; provided, that the designee shall not change the terms or conditions of the contract, unless the COR is a warranted Contracting Officer and this authority is delegated in the designation.

(b) The COR for this contract is the ILEA Program Manager

E.2 INVOICING AND PA YING INSTRUCTIONS

The Contractor shall submit the invoice in the original and three copies to the designated billing address indicated in this contract. The COR wi ll determine if the invoice is complete and proper as submitted. The COR also will determine if billed services have been satisfactorily performed. If the amount billed is incorrect, the COR will, within seven days, request the Contractor to submit a revised invoice.

Contractor shall send invoices via e-mail to: SanSa/vadorFMO-DB<XiiJ,state.gov

F. SPECIAL CONTRACT REQUIREMENTS

F.1 PERMITS

Without additional cost to the Government, the Contractor shall obtain all permits, licenses, and appointments required for the prosecution of work under this contract.

8

Page 9: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

F.2 RELEASE OF INFORMATION

All information furnished to the Contractor and developed by the Contractor in connection with this transaction shall be considered privileged. The Contractor shall make no public announcements, including news or press releases about this contract.

F.3 STANDARDS OF CONDUCT

The Contractor shall maintain satisfactory standards of competency, conduct, cleanliness, appearance and integrity. Each Contractor employee is expected to adhere to standards of conduct that reflect credit on themselves and the United States Government. Interpreters must at all times use politeness and courtesy in the course of their duties.

9

Page 10: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

SECTION G - CLAUSES

G. l THE FOLLOWING CLAUSES APPLY FOR ALL SERVICES PROVIDED UNDER THIS CONTRACT.

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: http://www.acquisition.gov/ far/ or http://farsite .hill.afmillv{fara.htm.

These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition website at https: //www.ecfr.gov/cgi-bin/text­idx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecfrbrowse/Title48/48chapter6.t cl_to access the links to the FAR. You may also use an internet "search engine" (for example, Google, Yahoo, Excite) to obtain the latest location of the most current FAR.

CLAUSE TITLE AND DATE

52.202-1 DEFINITIONS (NOV 2013)

52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AW ARDS (OCT 2018)

52.204-13 SYSTEM FOR A WARD MANAGEMENT MAINTENANCE (OCT 2016)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)

52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATION AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019)

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)

10

Page 11: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013)

52.213-4 TERMS AND CONDITIONS-SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (OCT 2018)

52.222-19 CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018)

52.222-50 COMBATTING TRAFFICKING IN PERSONS (FEB 2009)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

52.225-5 TRADE AGREEMENTS (FEB 2016)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB 2000)

52.228-3 WORKERS' COMPENSATION INSURANCE (Defense Base Act) (JUL 2014)

52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997)

52.229-6 TAXES - FOREIGN FIXED-PRICE CONTRACTS (FEB 2013)

52.229-7 TAXES- FIXED PRICE CONTRACTS WITH FOREIGN GOVERNMENTS (FEB 2013)

52.232-7 PAYMENTS UNDER TIME-AND-MATERIALS AND LABOR HOUR CONTRACTS (AUG 2012)

52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)

52.232-17 INTEREST (MAY 2014)

52.232-22 LIMITATIONS OF FUNDS (APR 1984)

52.232-25 PROMPT PAYMENT (JULY 2013)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER- SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.232-34 PAYMENT BY EFT-OTHER THAN SAM (JULY 2013)

11

Page 12: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

52.233-1 DISPUTES (MAY 2014) Alternate I (DEC 1991)

52.243-3 CHANGES - TIME AND MATERIALS OR LABOR HOURS (SEPT 2000)

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (AUG 2019)

52.249-4 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (SERVICES) (SHORT FORM) (APR 1984)

52.249-6 TERMINATION (COST REIMBURSEMENT) (MAY 2004) (Alternate IV) (SEPT 1996)

52.249-14 EXCUSABLE DELAYS (APR 1984)

12

Page 13: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

FAR CLAUSES PROVIDED IN FULL TEXT

II. CLAUSES FROM DEPARTMENT OF ST A TE ACQUISITION REGULATION (DOSAR)

652.204-70 DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD ISSUANCE PROCEDURES (MAY 2011)

(a) The Contractor shall comply with the Department of State (DOS) Personal Identification Card Issuance Procedures for all employees performing under this contract who require frequent and continuing access to DOS facilities, or information systems. The Contractor shall insert this clause in all subcontracts when the subcontractor's employees will require frequent and continuing access to DOS facilities, or information systems.

(b) The DOS Personal Identification Card Issuance Procedures may be accessed at http://www.state.gov/m/ds/rls/rptlc21664.htm .

(End of clause)

CONTRACTOR IDENTIFICATION (JULY 2008) Contract performance may require contractor personnel to attend meetings with

government personnel and the public, work within government offices, and/or utilize government email.

Contractor personnel must take the following actions to identify themselves as non­federal employees:

1) Use an email signature block that shows name, the office being supported and company affiliation (e.g. "John Smith, Office of Human Resources, ACME Corporation Support Contractor");

2) Clearly identify themselves and their contractor affiliation in meetings;

3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever contractor personnel are included in those listings; and

4) Contractor personnel may not utilize Department of State logos or indicia on business cards.

(End of clause)

652.229-71 PERSONAL PROPERTY DISPOSITION AT POSTS ABROAD (AUG 1999) Regulations at 22 CFR Part 136 require that U.S. Government employees and their

families do not profit personally from sales or other transactions with persons who are not themselves entitled to exemption from import restrictions, duties, or taxes. Should the Contractor experience importation or tax privileges in a foreign country because of its contractual relationship to the United States Government, the Contractor shall observe the requirements of 22 CFR Part 136 and all policies, rules, and procedures issued by the chief of mission in that foreign country.

1 3

Page 14: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999) (a) The Contractor warrants the following:

(1) That is has obtained authorization to operate and do business in the country or countries in which this contract will be performed;

(2) That is has obtained all necessary licenses and permits required to perform this contract; and,

(3) That it shall comply fully with all laws, decrees, labor standards, and regulations of said country or countries during the performance of this contract.

(b) If the party actually performing the work will be a subcontractor or joint venture partner, then such subcontractor or joint venture partner agrees to the requirements of paragraph ( a) of this clause.

652.243-70 NOTICES (AUG 1999) Any notice or request relating to this contract given by either party to the other shall be in

writing. Said notice or request shall be mailed or delivered by hand to the other party at the address provided in the schedule of the contract. All modifications to the contract must be made in writing by the Contracting Officer.

14

Page 15: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

ATTACHMENT A

02/10 - 02/14 04/27 - 05/15

05/04 - 05/15

05/18 - 05/22 06/08 - 06/12 06/22 - 06/26 07/13 - 07/17 09/07 - 09/11

SCHEDULEOFEVENTSYEAR2~0

Small Arms Trafficking (Master) Law Enforcement & Leadership Development (LELD). • Include additional interpretation days:

✓ Saturday Apr 25, from 1 :00 pm to 8:00 pm and Sunday 26 from 7:30 am to 2:00 pm;

✓ One week day from 4:30 pm to 8:30 pm (date tbd); ✓ Saturday May 2, from 8:00 am to 4:30 pm; ✓ Friday May 1 and 8; from 6:00 pm to 8:30 pm; ✓ Thursday May 14 from 6:00 pm to 9:00 pm

Anti-Gangs (GOES Master) • Additional interpretation for one afternoon from 4:30 pm to 8:30 pm

(date tbd) Narcotics Investigations (Master) Human Trafficking and Child Exploitation (Master) International Seaport Interdiction Training (ISIT) (Master) Policing Sexual and Gender Based Violence (Master) Public Corruption Investigations and Law Enforcement Techniques

Additional interpreters as required, 2 interpreters per day, 15 days ( estimated, and on dates tbd)

Translation of Critiques, (provide price per word) - estimate of 5,000 words per course Translation of Unforseen Documents - estimate of 300,000 words

REQUIREMENTS FOR EACH COURSE:

1. Two interpreters for each course, 2. Translation of critiques/evaluations after the end of each course to be delivered eight

calendar days after completion of each course. 3. No equipment is needed. 4. Schedule Monday - Friday - 8:00 am - 5:00 pm

15

Page 16: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

SECTION I- INSTRUCTION ON HOW TO SUBMIT A QUOTATION

1.1 SUBMISSION OF QUOTATIONS

This solicitation is for the performance of the services described in Section B.

Summary of Instructions

Each quotation must consist of the following physically separate volumes:

Volume Title Number of Copies

1 Executed Standard Form 18 (SF-18) and Completed Section A 1

2 Management Information 2

Submit the complete quotation to the address on the SF-18.

The quoter shall state any deviations, exceptions, or conditional assumptions taken regarding this solicitation and explain/justify them in the appropriate volume of the offer.

1. Volume 1 shall contain complete pricing schedules as identified in Section A, including an hourly rate of professional hours, travel expenses, overhead, G&A, profit, subcontractor costs, reproduction costs and all other costs related to the services required to perform the work described in Section B of this request for quotations.

2. Volume 2 shall include information demonstrating the quoter's ability to perform including:

(A) Evidence that the quoter operates an established business with a permanent address and telephone listing;

(B) List of clients, demonstrating prior experience in consecutive or simultaneous interpreting to and from English with relevant past performance information and references;

(C) Any special training the interpreter(s) may have, including formal education, previous experience interpreting for the embassy or other diplomatic organization;

(D) Evidence that the quoter has all licenses and permits required by local law (see DOSAR 652.242-73 in Section G).

(E) Listing of membership in international or local professional association of Interpreters.

1 6

Page 17: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

1.2 Submit the complete quotation to the address indicated on the solicitation cover page, or e­mail it to the address set forth below.

Rengifoim@_state.gov

Quotations submitted after the due date and time indicated on the SF-18 cover sheet may not be considered.

I.3 52.252-1 SOLICITATION PROVISIONS IN CORPORA TED BY REFERENCE (FEB 1998)

This contract incorporates the following provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.

Also, the full text of a solicitation provision may be accessed electronically at: http://www.acquisition.gov/ farl or http://farsite .hill.afmillvffara.htm

These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use of an internet "search engine" (for example, Google, Yahoo, Excite) to obtain the latest location of the most current FAR.

PROVISION TITLE AND DA TE

52.204-7 SYSTEM FOR A WARD MANAGEMENT (OCT 2016)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

52.210-1 MARKET RESEARCH (APR 2011)

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)

52.215-1 INSTRUCTIONS TO OFFERORS- COMPETITIVE ACQUISITION (JAN 2004)

17

Page 18: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

I-3 SOLICITATION PROVISIONS INCORPORATED BY FULL TEXT

52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Labor-Hour purchase order resulting from this

solicitation.

52.233-2 SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that

are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on 'the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Management Office

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

1.4 FINANCIAL STATEMENT

If asked by the Contracting Officer, the offeror shall provide a current statement of its financial condition, certified by a third party, that includes:

Income (profit-loss) Statement that shows profitability for the past 2 years;

Balance Sheet that shows the assets owned and the claims against those assets, or what a firm owns and what it owes; and

Cash Flow Statement that shows the firm ' s sources and uses of cash during the most recent accounting period. This will help the Government assess a firm's ability to pay its obligations.

The Government will use this information to determine the offeror' s financial responsibility and ability to perform under the contract. Failure of an offeror to comply with a request for this information may cause the Government to determine the offeror to be nonresponsible.

1 8

Page 19: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

SECTION J - EVALUATION CRITERIA

J.1 Award will be made to the lowest priced, acceptable, responsible quoter. The Government reserves the right to reject quotations that are unreasonably low or high in price.

The lowest price will be determined by evaluating the hourly rate given in Section A of this solicitation. Acceptability will be determined by assessing the offeror's compliance with the terms of the RFQ. Responsibility will be determined by analyzing whether the apparent successful quoter complies with the requirements of FAR subpart 9.1, including:

• Ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments;

• Satisfactory record of integrity and business ethics;

• Necessary organization, experience, and skills or the ability to obtain them;

• Necessary equipment and facilities or the ability to obtain them; and

• Be otherwise qualified and eligible to receive an award under applicable laws and regulations.

J.2 THE FOLLOWING FAR PROVISION IS PROVIDED IN FULL TEXT:

52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will

evaluate offers by converting the foreign currency to United States currency using the exchange rate used by the Embassy in effect as follows:

(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.

(b) For acquisitions conducted using negotiation procedures-

(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions.

(End of provision)

J-3 SEPARATE CHARGES

Separate charges, in any form, are not solicited. For example, any charges for failure to exercise an option are unacceptable.

19

Page 20: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

SECTION K- REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

K.1 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) ( a) Definitions.

"Common parent" , as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member.

"Taxpayer Identification Number (TIN)" , as used in this provision, means the number required by the IRS to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) of this provision in order to comply with debt collection requirements of31 U.S.C. 7701(c) and 3325 (d), reporting requirements of26 USC 6041 , 6041A, and 6050M and implementing regulations issued by the Internal Revenue Service (IRS). If the resulting contract is subject to the reporting requirements described in FAR 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract.

( c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror' s relationship with the Government (31 USC 7701( c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror' s TIN.

(d) Taxpayer Identification Number (TIN).

TIN: ___________ _

D TIN has been applied for. D TIN is not required because:

D Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S.;

D Offeror is an agency or instrumentality of a foreign government; D Offeror is an agency or instrumentality of the Federal Government.

(e) Type of Organization.

D Sole Proprietorship; D Partnership; D Corporate Entity (not tax exempt); D Corporate Entity (tax exempt);

2 0

Page 21: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

• Government Entity (Federal , State or local) ; • Foreign Government; D International organization per 26 CFR 1.6049-4; • Other ---------------'-

(f) Common Parent. D Offeror is not owned or controlled by a common parent as defined in paragraph (a) of

this clause. D Name and TIN of common parent:

Name -------------TIN --------------

(End of provision)

K.2 RESERVED

K.3 52.204-8 Annual Representations and Certifications (OCT 2018)

(a) (1) The North American Industry classification System (NAICS) code for this acquisition is _____ [insert NAICS code}.

(2) The small business size standard is _____ [insert size standard}.

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b) (1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph ( d) of this provision applies.

(2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph ( d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes:

[_] (i) Paragraph ( d) applies.

LJ (ii) Paragraph ( d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless-

21

Page 22: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13 ;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11 , Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $250,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation. This provision applies to all solicitations.

(iv) 52.204-3 , Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that-

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(vi) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations­Representation.

(vii) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(viii) 52.209-11 , Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(ix) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xi) 52.219-1 , Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas .

22

Page 23: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xiii) 52.222-22, Previous Contracts and Compliance Reports . This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-25 , Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xvi) 52.223-1 , Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Bio based Products Under Service and Construction Contracts.

(xvii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.

(xviii) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. This provision applies to solicitations that include the clause at 52.204-7.

(xix) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1 .

(xx) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III .) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25 ,000, the basic provision applies .

(B) If the acquisition value is $25 ,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $80,317, the provision with its Alternate II applies.

23

Page 24: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

(D) If the acquisition value is $80,317 or more but is less than $100,000, the provision with its Alternate III applies.

(xxi) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xxii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations.

(xxiii) 52.225-25 , Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certification. This provision applies to all solicitations.

(xxiv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate .]

_ (i) 52.204-17, Ownership or Control of Offeror.

_ (ii) 52.204-20, Predecessor of Offeror.

_ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

_ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

_ (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

_ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

_ (vii) 52 .227-6, Royalty Information.

_ (A) Basic.

_ (B) Alternate I.

_ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

24

Page 25: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

( e) The Offeror has completed the annual representations and certifications electronically in SAM accessed through https: //www.sam.gov. After reviewing the SAM information, the Offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph ( c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201 ); except for the changes identified below [ offeror to insert changes, identifying change by clause number, title, date]. These amended representation( s) and/ or certification( s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR Clause Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of Provision)

K.4 . RESERVED

K.5. AUTHORIZED CONTRACT ADMINISTRATOR

If the offeror does not fill-in the blanks below, the official who signed the offer will be deemed to be the offeror's representative for Contract Administration, which includes all matters pertaining to payments.

Name: Address:

Telephone Number:

K.6. Reserved

K.7 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERA TIO NS IN SUDAN- CERTIFICATION (AUG 2009)

(a) Definitions. As used in this provision-

25

Page 26: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

"Business operations" means engaging in commerce in any form, including by acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce.

"Marginalized populations of Sudan" means-(1) Adversely affected groups in regions authorized to receive assistance under section

8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note) ; and

(2) Marginalized areas in Northern Sudan described in section 4(9) of such Act.

"Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-17 4 ). Restricted business operations do not include business operations that the person conducting the business can demonstrate-

( 1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan; ( 4) Consist of providing goods or services to an internationally recognized peacekeeping

force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or

education; or (6) Have been voluntarily suspended.

(b) Certification. By submission of its offer, the offeror certifies that it does not conduct any restricted business operations in Sudan.

(End of provision)

K.8 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC

CORPORATIONS.REPRESENTATION (Nov 2015) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in

the clause of this contract entitled Prohibition on Contracting with Inverted Domestic

Corporations (52.209-10).

(b) Government agencies are not permitted to use appropriated (or otherwise made available)

funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted

domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in

accordance with the procedures at 9.108-4.

( c) Representation. The Offeror represents that.

26

Page 27: Embassy of the United States of America GSO/Procurement Office · 2020. 1. 10. · SB. FOR fNFORMATION CALL: (Name and 1e/epho11e 110.) (No collec1 calls 7. DELIVERY NAME TELEPHONE

(1) It • is, • is not an inverted domestic corporation; and

(2) It • is, • is not a subsidiary of an inverted domestic corporation.

52.204-24

(End of provision)

REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019)

27


Recommended